An official website of the United States Government 
Here's how you know

Official websites use .gov

.gov website belongs to an official government organization in the United States.

Secure .gov websites use HTTPS

A lock ( lock ) or https:// means you’ve safely connected to the .gov website. Share sensitive information only on official, secure websites.

You have accessed part of a historical collection on defense.gov. Some of the information contained within may be outdated and links may not function. Please contact the DOD Webmaster with any questions.

Contracts For Aug. 14, 2017

CONTRACTS

 

DEFENSE LOGISTICS AGENCY

 

Dove Medical Supply LLC,* Summerfield, North Carolina, has been awarded a maximum $49,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for various commercial laboratory supplies under the electronic catalog laboratory program. This was a sole-source acquisition using justification 10 U.S. Code 2304 (c)(1). This is a one-year base contract with four one-year option periods. Maximum dollar value is for the life of the contract. Location of performance is North Carolina, with a Sept. 13, 2022, performance completion date. Using customers are Air Force, Army, Navy, Marine Corps, Coast Guard and federal civilian agencies. Type of appropriation is fiscal 2017 through 2022 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-17-D-0018).

 

ARMY

 

Pioneering Decisive Solutions Inc.,* California, Maryland (W15QKN-13-D-0015 P00005); Total Technology Inc.,* Cherry Hill, New Jersey (W15QKN-13-D-0016 P00006); and McConnell, Jones, Lanier and Murphy LLP,* Huntsville, Alabama (W15QKN-13-D-0017 P00008), will share in a $36,000,000 modification for basic engineering services. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 24, 2018. U.S. Army Contracting Command, Picatinny Arsenal, New Jersey, is the contracting activity.

 

Ibis Tek,* Butler, Pennsylvania, was awarded an $18,061,974 modification (P00034) to contract W56HZV-13-C-0036 for the purchase of family of medium tactical vehicles 58-gallon and 78-gallon armor B-kits and painting the B-kits. Work will be performed in Butler, Pennsylvania, with an estimated completion date of July 31, 2018. Fiscal 2017 other procurement (Army) funds in the amount of $18,061,974 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity.

 

NAVY

 

DRS Systems Inc., Melbourne, Florida is being awarded a $32,200,860 firm-fixed-price, cost-plus-fixed-fee, and cost only modification to a previously awarded contract (N00024-09-C-4206) for the procurement of provisioned item orders, and an increase in engineering services and associated support ceiling for the DDG 1000 Integrated Power System Low Voltage Power System.  The DDG 1000 Low Voltage Power System includes several zones of power conversion modules, known as Integrated Flight Through Power (IFTP); distribution system load centers; and a diesel generator set.  Under this contract, DRS supports the IFTP installations and commissioning for the DDG 1000 Class of ships.  Work will be performed in Milwaukee, Wisconsin, and is expected to be completed by September 2022.  Fiscal 2017 shipbuilding and conversion (Navy) funding in the amount of $730,000 will be obligated at the time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington Navy Yard, District of Columbia, is the contracting activity.

 

BAE Systems Hawaii, Honolulu, Hawaii, is being awarded a $23,972,577 modification to a previously awarded contract (N00024-14-C-4412) for scheduled selected restricted availability (SRA) for USS Port Royal (CG 73).  A scheduled SRA is an opportunity in the ship’s life cycle primarily to conduct repair and alteration to systems.  This repair modification will include execution planning, repair and alteration requirements.  A focal point of the work is aluminum superstructure repair.  Work will be performed at Pearl Harbor, Hawaii, and is expected to be completed by February 2018.  Fiscal 2017 operations and maintenance (Navy) funding in the amount of $23,972,577 will be obligated at time of award and will expire at the end of the current fiscal year.  Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, Pearl Harbor, Hawaii, is the contracting activity.

 

GPA Technologies Inc.,* Ventura, California, is being awarded a $23,668,395 cost-plus-fixed-fee, indefinite-delivery/indefinite-quantity contract for engineering and technical support solutions for the Advanced Ocean Technology Program within the Naval Facilities Engineering and Expeditionary Warfare Center, Capital Improvements Ocean Facilities Program.  The work to be performed provides for research and development of ocean engineering and naval architecture solutions in support of design, installation, operation and maintenance of both fixed ocean systems and towed systems.  Support solutions may require the skill sets of naval architecture, engineering design, design analysis and review, prototype fabrication, system testing and integration, system installation, computer hardware and software development, technical manual production and documentation.  Work will be performed at various sites within and outside the U.S., and its territories, and is expected to be completed by February 2023.  Fiscal 2017 Navy working capital contract funds in the amount of $10,000 are obligated on this award and will not expire at the end of the current fiscal year.  This contract was competitively procured via the Navy Electronic Commerce Online website with two proposals received.  The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity (N39430-17-D-1953).

 

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is being awarded $18,347,260 for modification P00022 to a previously awarded cost-plus-fixed-fee contract (N00030-15-C-0007) to provide services for ongoing supply support Strategic Systems Programs (SSP) as it migrates many SSP-unique supply processes and automated systems to a standard Navy system using the Navy Enterprise Resource Planning application.  Work will be performed in St. Mary’s, Georgia (49.6 percent); Mechanicsburg, Pennsylvania (29.4 percent); Rockville, Maryland (16.3 percent); Silverdale, Washington (2.1 percent); Portsmouth, Virginia (1 percent); Fairfax, Virginia (1 percent); and Bridgewater, Virginia (0.6 percent), with an expected completion date of Sept. 30, 2018.  Fiscal 2017 operations and maintenance (Navy) funds in the amount of $14,691,431; United Kingdom funds in the amount of $3,347,063; and fiscal 2017 research, development, test and evaluation funds in the amount of $308,766 are being obligated on this award.  Funds in the amount of $14,691,431 will expire at the end of the current fiscal year.  Strategic Systems Programs, Washington, District of Columbia, is the contracting activity. 

 

BAE Systems Land and Armaments L.P., Minneapolis, Minnesota, is being awarded a $16,825,448 firm-fixed-price contract for the production of two 57mm MK 110 Mod 0 gun mounts and associated hardware.  The MK 110 Mod 0 gun mount consists of a 57mm gun, ammunition hoist, power distribution panel, muzzle velocity radar, barrel-mounted television camera and a ruggedized laptop computer gun control panel.  The 57mm MK 110 Mod 0 gun mount is required to defeat medium and short-range surface targets, and provide warning and disabling fire in support of anti-surface warfare.  These gun mounts will be installed on Coast Guard Cutters.  Work will be performed in Louisville, Kentucky, and is expected to be completed by November 2019.  Fiscal 2017 weapons procurement (Navy) funding in the amount of $16,825,448 will be obligated at time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S.Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements.  The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-17-C-5375).

 

RIX Industries, Benicia, California, is being awarded an $11,868,823 firm-fixed-price, indefinite-delivery/indefinite-quantity contract action to order up to 18 MARC 350A low pressure air plants (LPAPs) in support of ship alteration (S/A) 9299K during an upcoming Navy refueling and complex verhaul of CVN-73 in 2017 and CVN-74 in 2020.  Work will be performed in Benicia, California, and work is expected to be completed by August 2022.  Fiscal 2016 shipbuilding and conversion (Navy) funding in the amount of $5,408,820 will be obligated on the first delivery order placed at the time of award and will not expire at the end of the current fiscal year.  This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) - only one responsible source and no other supplies or services will satisfy agency requirements..  The Naval Surface Warfare Center, Philadelphia Division, Philadelphia, Pennsylvania, is the contracting activity (N64498-17-D-0011).

 

KJS MP JV LLC,* Fort Worth, Texas, is being awarded an $8,825,322 indefinite-delivery/indefinite-quantity contract for base operating support services at Naval Support Activity Mid-South.  The work to be performed provides for base operating support services to include facility investment, custodial, pest control, integrated solid waste management, grounds maintenance and landscaping, pavement clearance, electrical, wastewater, water, base support vehicles and equipment, and environmental.  The maximum dollar value including the base period and seven option periods is $70,429,976.  Work will be performed in Millington and Memphis, Tennessee, and is expected to be completed by September 2018.  No funds will be obligated at the time of award.  Subject to funds availability - fiscal 2018 operations and maintenance (Navy, Army, Army Reserve, Defense Agencies); fiscal 2018 revolving fund (Civil Corps of Engineers); fiscal 2018 defense health program; fiscal 2018 Navy working capital funds; and fiscal 2018 Defense Commissary Agency account funds in the amount of $6,906,380 for recurring work will be obligated on individual task orders issued during the base period.  This contract was competitively procured via the Navy Electronic Commerce Online website, with seven proposals received.  The Naval Facilities Engineering Command, Southeast, Jacksonville, Florida, is the contracting activity (N69450-17-D-1723).

 

AIR FORCE

 

Sierra Range Construction, Visalia, California, has been awarded a $9,900,000, two-year ordering period, indefinite-delivery/indefinite quantity, firm-fixed-price contract for new paving and preventative maintenance projects. This contract provides a vehicle for the execution of a broad range of paving maintenance and construction requirements. Work will be performed at Travis Air Force Base, California, and is expected to be completed by Aug. 14, 2019.  This award is the result of a competitive acquisition and six offers were received.  Fiscal 2017 operations and maintenance funds in the amount of $348,315 are being obligated at time of award.  The 60th Contracting Squadron, Travis Air Force Base, California, is the contracting activity. (FA4427-17-D-0002).

 

BAE Systems, Greenlawn, New York, has been awarded an $8,720,500 firm-fixed-price contract for Advanced Identification Friend or Foe systems for the F-16. This contract provides for Group A and B kits, and field-programmable gate arrays. Work will be performed in Greenlawn, New York, and is expected to be completed by Oct. 13, 2018. This award is the result of a sole-source acquisition.  Fiscal 2016 National Guard and Reserve equipment appropriation funds in the amount of $8,720,500 are being obligated at time of award. Air Force Life Cycle Management Center, Hill Air Force Base, Utah, is the contracting activity. (FA8232-17-C-0011).

 

Boeing Co., Huntington Beach, California, has been awarded a $7,127,000,000 increase in indefinite-delivery/indefinite-quantity ceiling with modification (P00041) to a previously awarded contract for C-17 sustainment due to increase in fleet and number operating bases. Work will be performed worldwide and is expected to be completed Sept. 30, 2021. No funds are being obligated at the time of this modification. Air Force Life Cycle Management Center, C-17 Contracting Branch, Robins Air Force Base, Georgia, is the contracting activity (FA8526-12-D-0001).

 

*Small business